File #: 15-424    Name: FM 546 Utility Relocations Design Contract
Type: Resolution Status: Approved
In control: City Council Regular Meeting
On agenda: 5/5/2015 Final action: 5/5/2015
Title: Consider/Discuss/Act on a Resolution Authorizing the Interim City Manager to Execute a Contract and any Supplemental Agreements for Engineering Services for WA4409 - FM 546 Water Line Relocations and WW4410 - FM 546 Wastewater Line Relocations Projects
Attachments: 1. Resolution, 2. Location Map
Title
Consider/Discuss/Act on a Resolution Authorizing the Interim City Manager to Execute a Contract and any Supplemental Agreements for Engineering Services for WA4409 - FM 546 Water Line Relocations and WW4410 - FM 546 Wastewater Line Relocations Projects
 
Summary
COUNCIL GOAL:      Direction for Strategic Growth
 
MEETING DATE:      May 5, 2015
 
DEPARTMENT:       Development Services/Engineering
 
CONTACT:        Paul Tucker, PE, Senior Utility Engineer
      Gary Graham, PE, PTOE, CIP and Traffic Manager
 
RECOMMENDED CITY COUNCIL ACTION:      
·      Approval of the Resolution.
 
ITEM SUMMARY:  
·      This Resolution authorizes the Interim City Manager to execute a contract in the amount of $74,915, as well as all required supplemental agreements thereto, with Grantham & Associates, Inc. to provide professional engineering services for the FM 546 Water and Wastewater Relocations Projects, for a total aggregate contract amount, inclusive of any supplemental agreements, not to exceed $85,000.
 
BACKGROUND INFORMATION:  
·      The Texas Department of Transportation (TxDOT) is in the process of design and right-of-way acquisition for the upcoming construction of the new section of FM 546 along a new alignment from SH 5 to Airport Drive in southeast McKinney.
·      The FM 546 Utility Relocation project is to relocate and encase existing water and sanitary sewer lines to clear the proposed roadway facilities needed by TxDOT.
·      There are four identified utility conflicts that are included in the basic design services fee.  The four identified utility conflicts include three water lines that range in size from 8 inch to 12 inch and one 8 inch sanitary sewer line.
·      There are three potential utility conflicts that are included in the special services fee.  The three potential utility conflicts include a 16 inch water line, and a 10 inch and 24 inch sanitary sewer lines.  Field survey is needed to obtain the water and sanitary sewer field information to correlate it to the TxDOT roadway and drainage design information to determine if there are any conflicts.
·      Construction of this project is estimated to cost approximately $625,000.  Grantham & Associates, Inc. submitted a proposal of $74,915 (11.99% of the estimated construction) to perform the engineering services.  The proposed fee is separated into basic services of $44,550 (7.13% of the construction) and $30,365 (4.86% of construction) in additional services.
·      Grantham & Associates, Inc. submitted a response to 13-11RFQ Minor Utility Design.  They were one of seven firms shortlisted by City Council on February 5, 2013.  They were selected from this group based on their availability to perform the project and their experience with similar projects in the DFW metroplex.
 
FINANCIAL SUMMARY:  
·      The Resolution authorizes a professional services contract with Grantham & Associates, Inc. for an amount not to exceed $85,000.
·      Funds are available in the Capital Improvements Program ($39,000 from WA4409 and $46,000 from WW4410).
 
·      With approval of this item $326,000 will remain in WA4409 and $379,000 will remain in WW4410.
BOARD OR COMMISSION RECOMMENDATION:
·      N/A